Loading...
HomeMy WebLinkAboutR-01-07220 J-01-531 06/15/01 • RESOLUTION NO. 01- 722 A RESOLUTION OF THE MIAMI CITY COMMISSION, BY A FOUR-FIFTHS (4/5THS) AFFIRMATIVE VOTE, RATIFYING, APPROVING AND CONFIRMING THE CITY MANAGER'S FINDING OF AN EMERGENCY; RESCINDING THE CONTRACT WITH C.A.C. CONSTRUCTION CORP., AWARDED PURSUANT TO RESOLUTION NO. 99-51 ADOPTED JANUARY 12, 1999, FOR THE PROJECT ENTITLED "ROBERTO CLEMENTE PARK RENOVATIONS, B-6305"; WAIVING THE REQUIREMENTS FOR COMPETITIVE SEALED BIDDING PROCEDURES; ACCEPTING THE OCTOBER 19,2000 BID OF BRC CONSTRUCTION COMPANY, INC., AS THE LOWEST RESPONSIVE AND RESPONSIBLE BIDDER FOR THE: PROJECT ENTITLED "ROBERTO CLEMENTE PARK NET OFFICE REMODELING (2 N" BIDDING) B-6354", IN AN AMOUNT NOT TO EXCEED $54,859.5C; ALLOCATING FUNDS FROM CAPITAL IMPROVEMENT PROJECT NO. 331056, ACCOUNT CODE NO. 319305.6.860 (SAFE NEIGHBORHOOD PARKS BOND), AND NET OPERATING BUDGET, ACCOUNT CODE NO. 145001.2511.13.6.670; AND AUTHORIZING THE CITY MANAGER TO EXECUTE ALL NECESSARY DOCUMENTS, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, FOR SAID PURPOSE. BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The contract with C.A.C. Construction Corp., awarded pursuant to Resolution No. 99-51 adopted Cm cm Nunn cm )III 19 2001 01- 722 ffff� • January 12, 1999, for the project entitled "Roberto Clemente Park Renovations, 8-6305" is rescinded. Section 2.. By a four-fifths (4/5th,) affirmative vote of the members of the City Commission, the City Manager's finding of an emergency, is ratified, approved and confirmed, the requirements for competitive sealed bidding procedures are waived and the October 19, 2000 bid from BRC Construction Company, Inc., as the lowest responsive and r.osponsible bidder, for the project entitled "Roberto Clemente Park Net Office Remodeling (2"d Bidding) B-6354", in an amount not to $54,859.50, is accepted, with funds allocated from Capital Improvement Project No. 33056, Account Code No. 32.9305.6.860 (Safe Neighborhood Parks Bond), and Net Operating Budget, Account Code No. 145001.251113.6.670. Section 3. The City Manager is authorizedY to execute an agreement, in a form acceptable to the City Attorney, with BRC Construction Company, Inc. for the project. Section 4. This Resolution shall become effective immediately upon its adoption and signature of the Mayor Y The herein authorization is further subject to compliance with all requirements that may be imposed by the city Attorney, including but not limited to those prescribed by applicable City charter and Code provisions. Z/ If the Mayor does not sign this Resolution, it shall become effective at the end of ten calendar days from the date it was passed and adopted. Tf the Maynr vetoes this Resolution, it shall becone effective immediately upon override of the veto by the City Commi.s:jion. Page 2 of 3 01— 722 4 .•. wwrwmu w mwa ware vuw cmm go=, NWW VMmmw w = �� •ilpl�Na101 legislatlat by soft it in the desipneited provided, wld 1"16105P now ATTEST': uow" ~w with the slow IOF ( the of n ropeov Same, without the :ter • CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM The Honorable Mayor and TO Members of the City Commission RECOMMENDATION • 32 19 2M DATE: FILE RATIFICATION of Emergency Action SMECT: : for Clemente Park — NET Office Remodeling — B-6354 REFERENCES ENCLOSURES: It is respectfully recommended that the City Commission adopt the attached Resolution by a 4/5t" affirmative vote, ratifying, approving and confirming the City Manager's finding and recommendation to proceed on an emergency basis to conduct the necessary work at Clemente Park — NET Office Remodeling, and rescinding the contract with C.A.C. Construction Corp., authorized by Resolution No. 99-5 adopted January 12, 1999, for the "Roberto Clemente Park Renovations, B-6305" project, and accepting the low bid of BRC Construction Co.. Inc., a company located at 13833 SW 142 Avenue, Miami, Florida, whose principal is Claribel Reyes, President, for the project entitled "Roberto Clemente Park NET Office Remodeling (2nd Bidding) B-6354", received on October 19, 2000, in the amount of $54,859.50 total, authorizing the City Manager to enter into a contract on behalf of the City. BACKGROUND Resolution No. 99-5 adopted January 12, 1999, authorized the City Manager to enter into a contract with C. A. C. Construction Corp. After executing the contract, the Public Works Department was notified by Mr. Carlos A. Cicero, Vice President of C. A. C. Construction Corp., that his company would be unable to accomplish the work required. The scope of work in the contract with C.A.C. Construction has been included and bid in the work for award to BRC Construction Co., Inc. It is important that the NET Office renovations and building exterior doors be replaced so as to be able to continue providing services to our community without interruption. The low bidder is BRC Construction Co., Inc., with a bid amount of $54,859.50. Funds are available from CIP Project No. 331056 and Account No. 145001.251113.6.670. 1of90 CAG/FKR/JHJ/mm 4'q/o( ClwmtcPark-EmeugencyRali8eation-MEMO 01- 722 • * r Budgetary Impact Analysis I. Department �' W . y l-% Division 2. Agenda Item # {i.Jauailable) - - 3. Title and brief description of legislation or attachQ�ofrdinance/reeolution: i 4. Is this item related to revenue? NO: " YES of yes, skip.to item #7.) S. Are there sufficient funds in Line Item? YES: Index Code Minor Obj. Code Amount $ NO: Complete the following questions: 6. Source of funds: Amount budgeted in the Line Item $ Amount needed in the Line Item 5 Sufficient funds will be transferred from the following line items: ACTION ACCOUNT NUMBER L ACCOUNT NAME I TOTAL IndexlMinor Ob ectJPro•ect No. l From 5 o c V'40 .113:os"- $;, To 3, 3c ?bc --�� 7. Any additional g /5,5t1 -7s � Aa k 4c,cs Tu rA L. P,-,; jit C DI L #�2,r nents? ev (�-ns)v s 7l:� . 7i Ad; tt i/1 i( G✓� L' c� / A J -d 7 W2 .75 Ap v d by: Q 8. L: ez"Sto/ Department es a ure Date e •�4IR10 .as 0.rlato 2yn/3.d.67o FOR DEPARTMENT OF MANAGEMENT AND BUD( USE ONLY Verified by: Verified by; l . Budget Analyst Department of Management sad Budget DataDate --�� 0i- 722 171I-:�! — • CITY OF MiAhli. FLORIDA • INTER -OFFICE MEMORANDUM +� p.—r -E Carlos A. Gimenez March 22, 2001 City Manager s;dJEC- EMERGENCY Award of Contract for ROBERTO CLEMENTE PARK - NET Office Remodeling ohn H. Jacksn, Director E•.c_o=uPEs Public Wnr s Den rtment The Roberto Clemente Park -NET Office Remodeling (Second Bidding) Project, B-6354, provides miscellaneous improvements to the Roberto Clemente Park Recreation Building and renovations to the Wynwood/Edgewater NET office. The project has encountered numerous delays due to (1) the first awarded contractor was unable to complete the initial exterior door replacements as bid; (2) the project was re -scoped to include renovation work in the NET Office and was formally re -bid; (3) the first bidding resulted in irregularities with the bids submitted and was re -bid; and (4) the second formal bidding low bid amount exceeded the available funding. The aforementioned events have seriously delayed the start of construction. It is most important to quickly get the construction started to address the building deficiencies and to complete the NET Office renovations to facilitate the continuation of NET services. The low bidder is BRC Construction Co., Inc., with a bid amount of $54,859.50. Funds are available for this project award from CIP No. 331056 and Account No. 145001.251113.6.670. This request is for your approval to award the project to the low bidder and to proceed with construction on an EMERGENCY basis, This finding of an Emergency will be placed on the next available Commission agenda for ratification and approval by the City Commission. APPROVED .� Linda M. Haskins, Director Dept. of Management & Budget DATE DATE4& City M;nager FKR/JHN/ f C* Dennis R. Wheeler, Director, NET Albert Ruder, Director, Parks and Recreation Dept. CAMy CocumentsUH)-EMERGENCY•R CLEMENTE•NET.dor 01— !22 iIIIiZCI i.S/ FACT SHEET DEPARTMENT OF PUBLIC WORKS DATE: 2 / E / 2001 JOB NUMBER: B$354 PROJECT NAME: ROBERTO CLEMENTE PARK NET OFFICE REMODELING (SECOND BIDDING) CIP NJMBER: 331058 1146001 LOCATION: 101 NW 34TH STREET PROJECT MANAGER) EXT. No EDUAROlS MARTINEZ/ VICTOR MARZO _ OTHER TYPE NET FEDERAL Ic o e G) ASSOATED DEPARTMENT: PARK5 AND RECREJITION DEPAR7A4ENT ASSOCIATED SN P.B. ASSESSABLE: �- EMERGENCY: COMMISSIONER DISTRICT: 2 BID REQUEST: FORMAL INFORMAL r`-] RESOLUTION No,: DESCRIPTION: This project Consnta .n the pun:hafe and mWuation of an the metenneeded als nded ror the remoder of the emshM net office. MOROADO PLUMBING CORP CSC 061627 SKYLITE ELECTRIC CC 96E000156 fR N[ClaaMT 1Y• COMNiK ON THE SACK)Vi SCOPE OF SERVICES: PUBLIC ORKB cp6T OUTSIDE COST (% OF CONST. DOST) ADVERTISING i 762.75 (E) OUTSIDE DESIGN S TESTINGS /SURVEY / PLAT f (E) S IEI P.W. DESIGN d 810 DOCUMENTS a % CONSTRUCTION S 61,669.60 (BID) CONSTRUCTION ADMINISTRATION 5 % OTHER- f (E) 3 (E) x (E) ' ESTIMATE TOTAL S 65,612.26 (TOtwLENG FEET ESTIMATED CONST COST S51,250.00 CONTRACTOR'S INFORMATION: CLASS: = 0 NON -MINORITY _ TYPE OF WORK GENERAL CONTRACTOR I REMODELING MINORITY 0 �� YEARS OF ESTABLISHMENT: /YEAR LICENSE-Coo-059626 NAME BRC CONSTRUCTION COMPANY INC. TELEPHONE: 766.2423166 ADDRESS: 13633 SW 142ND AVE. CITY. STATE. ZIP MIAMI ,FLORIDA 33166 Gle&S. J • Jahr P •PRIME 8 -SUS YAWL PERSON: YAL CASTILLO MINOR" 6 -BLACK M • MIBPANK; F • FEMALE SUB.CONTRACTOR6: NAMES: ARCHON AIR MANAGEMENT CAC 06 COMES: A98N9TANT DIRECTORS, COST ANALYSNS, FILE, A880CUTED DEPT, CIP MANAGER RlV. talaa 01- '722 7574 MOROADO PLUMBING CORP CSC 061627 SKYLITE ELECTRIC CC 96E000156 FORMAL BID RUBERI'U CLFMF.N"I'E PARK NET OFFICE RENiODELINC (SECOND BIDDING) Project Number 0-1,154 ('ll' Number 331056 --- Project Manager: 1:1)UARI)n MAR11Nl 7. - - Date: 111 J IQ/ 2009Personerson who received the bids: I* MANi INFZ ! V MAR/0Received at (ftY Cl I:RI:'s 011'I('1'. ML41611('lll' IIAL1. Construction Estimate _ S 51,250.W lime: 10:491 am - -_ — --- -- --- _ Blhl)F.R --- BRC CONSTRUCTION CO , INC Ae C'elalx, C0,411 "p;"M 61N M LORI' r,tmv rONSt CtIRI' I){ll Sq 17?4U FYI. ., I.C. )„b A,7,INW 76A.+ An�tll.nrnuoh mw lu:`NM'tllll cl rle.ttn /lfuimn 13"7 AllADDRESS - _ -- +r11tN 1_M,Cf AltAA1L 111MpM ItIM. 131D BOND AMOUNT--- wBOHOWs r. xm WWI)WWI)t me m 11 . Rncnl a.+_ nu) ntx.1/ t •. IRREGULARITIES OWNEDYI\ vrc acs tlz --- - I11:MNu — _- -Ill! SO. kill IION f IINtf -_1'Rlll I0IAt_ tlNl'f _1'ItIC'F 11)IA1. IINII' 1'NI('li 7(YIAI- IINII Plttl'li I(IfAI. BASE1111PtIF.AM1I•q s�J,kx�.W ---'-- 11".11,0511".11,05—L-. S72.264.I3 SiI,d7S.U0 --- f 1 (II 1171 S 60(1 Ii %2w S 1,73U ail k)x Illi' INSIAI CAM xJ OF ACYIUSIKAL SU51'ENIxU s 2.741) KI- $2.25 3 4.127 ?S P7 J•: fERJNC: AND GPIU SYStEM NY ARAftiTRI XJ(: 56,2'(1 (N1 ununS(, IIRII (NI 1t4.R7S In _ 1CMT1lE INSTAIl.AlllNV l7HJ-190110FPP.\R1n ICNJ S11 M1 S4214 S111250 7429 WACLl1F AfP[IltX1AlATF.lY 10 7'IIF.Nan' ------- ---_-- - - - -- 12(1111) _ S ?_IR INI -- S 112410 - f 194 IN) S fM, t,f, H)R TIIE B.".TAI 1 ATKIN OF •/- 1211OF P 1'AR7rrtON S Rirn fin 1 Jal rel 1 JXn IMI pAlrnFnn'Rnxntnlrrre•Irtx.tir _ _ . -- — S 11,500 00 1R n KV III ANnC)E.ININC S 2,500 00 S 3.Wt1(10 S 2,5011.110 S F(JK RF.LIII'ATIUN OF ELECTNICAI. IJ1M15. ()UI I.1 rs. - -_ - 5 78.600 a - S 36,000.111) -- 1 t(lpti (RI — ---- ----------- S S(.21X1 UO —-------- -- A/CmfTI FiS, ANAN”RETURNS, NtW C()NSlltlxl ION --- - ---_--- _ ---�- - - �— • !'LUAIBING•KIRIn:NElTE, IIANDYCAP RA7"11R0[IA1. - - _ —_- - CbUN7ER5ANUCOAIMETEIN!Tl?RI00.I'MNTW(1P.K --— ---- n - 1; 7,2110 110 FOR krl'LACT]d!-Nr f1F71'XTCkIOkSrFtt.lYx.)1G $ S,IN)U.UII S � 1,7311 fNl 7 FOR INSTAI.I.ATI(NJ OF 7 INTFRK)R W(Y)n IXX)1CS MIM 1 ?: Rprtpl S I.CNIO (NJ S 2.51N) tpl ! PRC)Y6111N FURSf'EC1A1. irEAIS S 3.(;(X)1111I ! nIn1.INJ3010-- S 3N� oo S 1 INNI 1111 • INRIiGUhARIT1I:S II:GF.Nn A -- M, Ibiief- ol- Alhimer R -- Nu ARidavil x M Capital & tinq,fis ofIkndinp ('un,p:m) l' - ('I,nrded lixlrnsi,n,f I[ IIAS Itl'1'N I)1 IFI(AI(NI U BY 1111[ 1)11':\RIAtI_til (q• 1't1N1.1(' W(INAti 111A1 1111• tf1N'I :C( RI SPtlNtillil l: ,\N1) Rt'til'(INSIVI. 1111) is I ROMROMpkC iuntilkp(pl!1 A I(IM'�M' P<)R '1 -III" "101"AI. AM11(pINl OF M.45`11.941 •• -- — - t) -• :41q,nsal IIas161,cd or In,plq,cll) Signed a ,In (•,nrynalc Scal 1 E -• Inc7,mpMe laltlmimis I( the ahcwc amlr.!calr is tx)i d:c luwca hiikkl cXnlain: �Kr E .. N- • fCwln,s,ve bid , G -• Impnq,el Did Iinnd 11NuCenif,ealenlColnpeiellryNllmly 1 -- i'No1Ila SOl1ICC ilnitl6 CI,Inpl,ancC Slallll1C111 ?"D ) -- Nn (•lio,aity Cun,pliaacc Slatanrnl t: .. N„ t),,plic„c niJ 1'mJx,sal L - Na C'dy Uccupitionat Liccnx SIII 1 t 1 0 1 I CITY OF MIAMI OF THE CITY CLERK BID SECURITY LIST BID ITEM: WBER'M CLF.MANPF PARK NFT^OFFTCI' RFMDELING, (SWOND BIDDING) PROOF= B-6354 BID NO: 00-01-016 DATE BIMS) OPENED:. OCMBER 19, 2000 ----TIME 1O_ -D L AM BIDDER TOTAL BID IV BID BOND (ER) 's c" .Ck JOF CELF�STIN $ 72,264.43 BBU895256 $4,000. F -O M CORP. 81,875.00 VOUCHER:$13001-002 BRC CC)NSTRUCPION CO., INC 91,190.00 BB 5% ANDY CONSTRUCCTON CORP. 95,119.25 BB 5% t ��' Oft` �. • �.... t% r' t� D rved_I envclups on behalf of Person, receiving bid(s) 4' 0Ji ��Du �AQ r) Jds PUBLIC WOWS (Cay D epartment) (Date) SIG. eputy Ci Ink IIIIIIOI:bes ti • To Walter J. Foeman City Clerk FROM : ony Pt Department of Public Works • CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM DATE: September 27, 2000 SUBJECT: "Roberto Clemente Park - NF.T Office Remodeling, (Second Bidding) REFERENCES: ENCLOSWES: 1 FILE: B-6354 Please note that contractors will submit bids for the following project: "ROBE'RTO CLEMENTE PARK Nl T OFFICE REMODELING,(SECOND BIDDING), B-6354" on 'Thursday, October 19'x', 2000 at 10:00 A.M. Any bid submitted after the time listed above, will not be accepted. Please make necessary provisions for this bid opening. The Project Manager, Eduardo Martinet a representative overseeing the project is going to be present at the time of opening. Should there be cancellation or postponement, we will notify you in writing, prior to the opening date of the bids. If you have any questions, please contact me at 416-2131. TP/tp Encl. c: Albert Dominguez Yvette Smith Project Manager File • BID NO. 00-01-016 ADVERTISEMENT FOR BIDS Sealed bids for "ROBERTO CLEMENTE PARK — NET OFFICE REMODELING (SECOND BIDDING), B-6364" will be received by the City Clerk of the City of Miami, Florida at 10:00 A.M. on the 191" day of October, 2000, at the City Clerk's Office, first floor of the Miami City Hall, 3500 Pan American Drive, Dinner Key, Miami, Florida, 33133, at which time and place they will be publicly opened and read. Any bid submitted after the above -appointed time will not be accepted by the City Clerk. The project consists of the furnishing of all labor, materials and equipment necessary for the remodeling of the existing office City regulations will allow bidder to furnish bid bonds In accordance with Resolutions No. 86-983 and No. 87-916. For technical questions or clarifications regarding plans, specifications, or City requirements, please submit written requests to Mr. John H. Jackson, P.E., Director, Public Works, 444 S.W. 2nd Avenue, 8'" Floor Miami, FL 33130. The written request may be faxed to 1305) 416-2153, followed by mailing or hand delivering the written copy. Under Miaml-Dade County Ordinances # 98-106 and 99-1, there will be a "Cone of Silence" during the bid period and the City's responses to questions must be In writing only to all bidders. Prospective bidders must have a current certified Contractor's License from the State of Florida Construction Industry License Board for the class of work to be performed, or the appropriate Certificate of Competency or the State Contractor's Certifleate of Registration as issued by Miami -Dade County Code, which authorizes the Bidder to perform the proposed work. All bids shall be submitted In accordance with the Instructions to Bidders and Specifications. New City regulations will require each bidder to submit proposals in duplicate origipalp. Plans and specifications may be obtained at the Department of Public Works, 444 S W. 2" Avenue, 8" Floor, Miami, Florida 33130 on or after October 4'11. 2000. If bidders wish, a set of specifications and plans will be mailed to them by writing to the Department of Public Works and including a separate check for $8.00. There will be a $20 deposit required for the first set of specifications. Specs can also be mailed to bidders upon written request to the Public Works Department including a separate check in the amount of _$8. Additional sets may be purchased for a non-refundable fee of M. Deposits will be refunded only upon return of one set of specifications to the Department of Public Works, unmarked and in good condition within two (2) weeks after the opening of the bids. Bidders are alerted to the provisions of Ordinance No. 10062 and 10538 regarding allocations of contracts to minority vendors, contractors and sub -contractors. Details are contained in bid specifications All Bidders shall have an Affirmative Action Plan with the intent to ensure equity in employment and the utilization of minority and female -owned business. (Ordinances are contained in bid specifications). Upon request, the bidder shall provide their Affirmative Action Plan to the City. The City of Miami has adopted Ordnance No 10032, which implements the "First Source Hiring Agreements." The object of this ordinance is to provide employment opportunities to City of Miami residents on contracts resulting in the creation of new permanent jobs. Contractors may be eligible for wage reimbursement under this program. For further information contact the Department of Public Works, City of Miami, at (305) 416-1200. Proposal includes the time of performance, and specifications contain provisions for liquidated damages for failure to complete the work on time. The City Commission reserves the right to waive any informality in any bid, and the City Manager may reject any of all bids, and re-advertise.(0-6364, Req. 05480). Carlos A. Glmenez City Manager �I� I . • Y. BID ITE-. CITY OF MIAMI OF THE CITY CLERK BUD SF.CURITI' LIST l� ROBERTO CLEMANTE PARK NET OFFICE REMODELING B-6354 BID NO: -99-00-240---- DATE BID(S) OPENED: AUGUS 9-00-240-- DATEBID(S)OPENED:AUGUST 3, 2000 _ _TIME _10_00 a.m. 1DD R TOTAL BID AMOUNT BID BOND (ER) CASHIER'S CHECK _ EDFM CORP. 90,283.00 B.B. VOUCHER 1 j II 1 received timely cm of the el.rwm onownq offers submia"(4d in . . are hereby rejected as late." *9 only date nn ieiber .. , received Verson rcccrvtng bid(sl Co vo/t,,a � �yA•�i�•� �.� L PUBLIC WORKS on (City D*Dc7put�y City Cle IIiZ1ZY bi (_,.I __ ) envelops on behalf of ,9-,3-00 (Date) --- • TU Walter J. Foeman City Clerk rROM : Tony Prat Departme t of Public Works CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM !f L^. DATE July 11, 2000 FkU B-6354 SMACT: "ROBERTO CLEMENTE PARK - NET OFFICE REMODELING" REFERENCES: [NCLOSURFS 1 Please note that contractors will submit bids for the following project: "ROBERTO CLEMENT!✓ PARK -- NET OFFICE REMODELING", B-6354" on Thursday, August 3'a, 2000 at 10:00 A.M. Any bid submitted after the time listed above, will not be accepted. Please make necessary provisions for this bid opening. The Project Manager, Eduardo Martinez a representative overseeing the project is going to be present at the time of opening. Should there be cancellation or postponement, we will notify you in writing, prior to the opening date of the bids. If you have any questions, please contact me at 416-21:31 TP/tp incl. c: Albert Dominguez Yvette Smith Pmject Manager File "rQlrffS�iSt (Z BID NO. 99-00-240. • ADVERTISEMENT FOR BIDS Sealed bids for "ROBERTO CLEMENTE PARK — NET OFFIOREM 0 DELI NG, B-6354" will be received by the City Clerk of the City of Miami, Florida at 10:00 A.M. on the Yd day of AUGUST, 2000, at the City Clerk's Office, first floor of the Miami City Halt, 3500 Pan American Drive, Dinner Key, Miami Florida, 33133 at which. time and place they will be publicly opened and read Any bid submitted after the above -appointed time will not be accepted by the City Clerk. The project consists of the furnishing of all labor, materials and equipment necessary for the remodeling of the existing office City regulations will allow bidder to furnish bid bonds In accordance with Resolutions No. 86- 983 and No. 87-916. For technical questions or clarifications regarding plans, specifications, or City requirements, please submlt written requests to Mr. John H. Jackson, P.E., Director, Public Works, 444 S.W. 2nd Avenue, 8'" Floor Miami, FL 33130. The written request may be faxed to (305) 416.2153, followed by mailing or hand delivering the written copy. Under Miaml-Dade County Ordinances # 98-106 and 99-1, there will be a "Cone of Silence" during the bid period and the City's responses to questions must be In writing only to all bidders. Prospective bidders must have a current certified Contractor's License from the State of Florida Construction Industry License Board for the class of work to be performed, or the appropriate Certificate of Competency or the State Contractor's Certificate of Registration as Issued by Miami -Dade County Code, which authorizes the Bidder to perform the proposed work. All b,ds shall be submitted in accordance with the Instructions to Bidders and Specifications New City regulations will require each bidder to submit proposals In dua_Iicateoriginals. Plans and specifications may be obtained at the Department of Public Worem, 444 SW 2n0 Avenue, 8" Floor, Miami, Florida 33130 on or after July 14t',.2000. If bidders wish a set of scecif,cations and plans will be mailed to them by writing to the Department of Public Works and including a separate check for $8.00 There will be a $20 deposit required for the first set of specifications Specs can also be mailed to bidders upon written request to the Public Works Department including a separate check in the amount of _;8. Adddiona! sets may be purchased for a non-refundable fee ofX20. Deposits wil• be refunded only upon return of one set of specifications to the Department of Public Works, unmarked and in good condition within two (2) weeks after tree opening of the bids This project has been designated as a Set -Aside for Black, Female and Hispan,c-owned firms. FAILURE TO MEET THE ABOVE SET ASIDE REQUIREMENTS MAY DEEM YOUR BID NON-RESPONSIVE. ALL BIDDERS MUST SUBMIT WITH THEIR BID AN AFFIRMATIVE ACTION PLAN AS REQUIRED IN SAID ORDINANCES AND THEIR MIWBE CERTIFICATION. Bidders are alerted to the provisions of Ordinance No 10062 and 10538 regarding allocations of contracts to minority vendors, contractors and sub -contractors Details are contained in bid specifications. All Bidders shall have an Affirmative Action Plan with the intent to ensure equity in employment and the utilization of minority and female -owned business. (Ordinances are Contained in bid specifications). Upon request, the bidder shall provide their Affirmative Action Plan to the City. The City of Miami has adopted Ordinance No 10032, which implements the "First Source Hiring Agreements." The object of this ordinance is to provide employment opportunities to City of Miami residents on contracts resulting in the creation of new permanent jobs. Contractors may be eligible for wage reimbursement under this program. For further information contact the Department of Public Works, City of Miami, at (305) 416-1200. Proposal includes the time of performance, and specifications contain provisions for liquidated damages for failure to complete the work on time. The City Commission reserves the right to waive any informality in any bid, and the City Manager may reject any of all bids, and re-advertise.(8.6354, Req.05471). Carlos A. Gimenez City Manager KrZrT:s:�.